Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2008 FBO #2494
SOLICITATION NOTICE

70 -- ArcSight Maintenance

Notice Date
9/22/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Carson, ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-08-T-0371
 
Response Due
9/25/2008
 
Archive Date
11/24/2008
 
Point of Contact
Mary L. Hudson, 719-526-5849<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Fort Carson will be awarding a Firm-Fixed Price Contract with Four Option Periods. The award is a 100% set-aside for Small Business. The North American Industrial Classification System (NAICS) code for this procurement is 423430 with a small business size standard of 500 employees. This solicitation will end on Thursday, 25 September 2008, at 9:00 a.m. Mountain Daylight Time. Proposals shall reference solicitation # W911RZ-08-T-0371, shall be in accordance with the Statement of Work and shall include pricing as follows: Period of Performance: 30 September 2008 through 29 September 2009. CLIN 0001 Monitored Vulnerability Assessment Scans (Licenses) Qty. 4999 CLIN 0002 Premium Support, Qty. 12 Months CLIN 0003 System Update Subscription ESM & Solution Packs, Qty. 12 Months CLIN 0004 ArcSight-North America Travel Expense, Qty. 10 days (All travel must be in accordance with the Department of Defense Joint Travel Regulations) CLIN 0005 Advisory ArcSight Enterprise Specialist 10 days, Qty. 10 days Please also provide pricing for four option periods as follows: Option Period One Period of Performance: 30 September 2009 through 29 September 2010 CLIN 1001 Monitored Vulnerability Assessment Scans (Licenses) Qty. 4999 CLIN 1002 Premium Support, Qty. 12 Months CLIN 1003 System Update Subscription ESM & Solution Packs, Qty. 12 Months CLIN 1004 ArcSight-North America Travel Expense, Qty. 10 days (All travel must be in accordance with the Department of Defense Joint Travel Regulations) CLIN 1005 Advisory ArcSight Enterprise Specialist 10 days, Qty. 10 days Option Period Two Period of Performance: 30 September 2010 through 29 September 2011 CLIN 2001 Monitored Vulnerability Assessment Scans (Licenses) Qty. 4999 CLIN 2002 Premium Support, Qty. 12 Months CLIN 2003 System Update Subscription ESM & Solution Packs, Qty. 12 Months CLIN 2004 ArcSight-North America Travel Expense, Qty. 10 days (All travel must be in accordance with the Department of Defense Joint Travel Regulations) CLIN 2005 Advisory ArcSight Enterprise Specialist 10 days, Qty. 10 days Option Period Three Period of Performance: 30 September 2011 through 29 September 2012 CLIN 3001 Monitored Vulnerability Assessment Scans (Licenses) Qty. 4999 CLIN 3002 Premium Support, Qty. 12 Months CLIN 3003 System Update Subscription ESM & Solution Packs, Qty. 12 Months CLIN 3004 ArcSight-North America Travel Expense, Qty. 10 days (All travel must be in accordance with the Department of Defense Joint Travel Regulations) CLIN 3005 Advisory ArcSight Enterprise Specialist 10 days, Qty. 10 days Option Period Four Period of Performance: 30 September 2012 through 29 September 2013 CLIN 4001 Monitored Vulnerability Assessment Scans (Licenses) Qty. 4999 CLIN 4002 Premium Support, Qty. 12 Months CLIN 4003 System Update Subscription ESM & Solution Packs, Qty. 12 Months CLIN 4004 ArcSight-North America Travel Expense, Qty. 10 days (All travel must be in accordance with the Department of Defense Joint Travel Regulations) CLIN 4005 Advisory ArcSight Enterprise Specialist 10 days, Qty. 10 days Statement of Work ArcSight Maintenance Fort Carson, Colorado 1.Purpose The purpose of this document is to describe the requirements for the procurement and installation of a Security Information Manager for the LAN at Fort Carson, CO. The Security Information Manager will primarily support the current Network architecture security devices (Intrusion detection system, intrusion prevention system, web filters, syslog servers and security scanners). 2. Scope of Work Services to be provided shall include 1) installation and 2) testing of the system. 3. Background & Objective The Fort Carson DOIM provides network connectivity for Fort Carson, CO and supported activities. To accomplish this mission, the Information Assurance Division performs security analyses and monitoring of the security events and logs for the Fort Carson network to ensure the confidentiality, integrity and availability of the information being sent over the Fort Carson SIPR network. This project is to provide a Security Information Manager at this installation. The primary task is to procure, install and test a Security Information Manager on the Fort Carson SIPR network. 4. Specifications A. Applicable Standards AR 25-1, Army Information Management, 31 May 02 AR 25-2, Information Assurance, 14 Nov 03 B. Contractor Qualifications The Contractor shall provide trained and certified personnel resources, materials and equipment to fulfill the requirements of this contract. The Contractor shall have Security Information Management specialists that are experienced in design and installation according to the applicable standards in paragraph 4A. The Contractor shall provide a pre-installation site readiness checklist. The Contractor shall have installers who are properly trained in the installation, operation and testing of Security Information Manager system and components. The Contractor shall adhere to all OSHA and local safety regulations. The Contractor shall have only United States born citizens assigned to perform on-site installation due to National Security requirements. The Contractor shall have a Secret Security Clearance to install the Security Information Manager on the SIPRnet. 5. Project Overview Security Information Manager Requirements: The Security Information Manager must be an enterprise-like system and scalable to fulfill the requirements for the Army Enterprise Security Information Manager Deployment. The Security Information Manager at Fort Carson must be compatible with the current Network and Security devices on the Fort Caron LAN and must be compatible with current Security Information Manager systems being used by NETCOM and DOD. Requirements The Security Information Manager must meet the requirements identified in the Defense Information Systems Agency Security Information Manager Technical requirements. 6. Testing and Acceptance The Contractor shall test the Security Information Manager installation and demonstrate that it is operational, meets specifications and interfaces with all required equipment before final acceptance of the installation is made. All work is subject to visual and operational inspection prior to acceptance. Acceptance is contingent upon successfully training the facilitator on previously stated tasks. 7. Warranty All hardware and workmanship shall be warranted for a period of one year or the duration of the OEMs warranty, whichever is longer. The warranty shall cover all materials and labor necessary to resolve any problems resulting from defects in materials or workmanship. The warranty period shall commence upon completion of the project and receipt of all documentation. 8. Scheduling & Installation A. Hours of Work The Contractor will provide coverage at the specified government site during the following hours Monday through Friday, 8:00 am to 5:00 PM work week excluding Federal holidays. All tours of duty are subject to change to meet workload requirements. Any variation from the above schedule will require Government approval prior to contractor performance. B. Duration of Task The installation shall be complete in 10 working days. 9. Cost Estimates Cost estimates based on the specifications and requirements contained in this document shall be provided at no cost to the government. Any changes to the installation design resulting in a change in cost shall be approved by the Government Representative prior to the commencement of alternate work. Any additional labor and/or materials added to this project resulting in a change in cost must be negotiated through a change order. Change orders will follow the pricing structure set forth in this proposal. Changes to the installation design which DO NOT result in an increase in cost may be made and approved by Government POCs. 10. Government Furnished Resources The Contractor shall identify in the task proposal; the type, amount and time frame for any required government resources, including those listed below. The following resources will be provided by the Government: The Government will provide a Statement Of Work (SOW) and a representative to escort the contractors into the Information Processing Facility for the installation of the Security Information Manager and logger appliance. The Government will provide the classroom and computers to conduct the training for the operators and the administrators of the Security Information Manager. 11. Training The Contractor will train the Security Information Manager operators and administrators after the installation of the Security Information Manager and Logger. 12. Government Representatives Project Lead- Information Assurance Project Team- Network Operation Center System Administrator Plans and Programs FAR 52.212-2 Evaluation-Commercial Items applies to this acquisition. The Government will award a purchase order resulting from this solicitation to the responsive responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: (i) small business participation; (ii) technical capability of the item offered to meet the Government requirement; (iii) price. Award will be made on the basis of the Lowest Price Technically Acceptable (LPTA). The Government will evaluate offers for award purposes by adding the total price for all options and the total price for the basic requirement. Quotes shall include: Business Size Representations, Tax ID Number, Cage Code and DUNS Number. In accordance with provision 52.212-1(k) Companies doing business with the Government must be registered in the Central Contractor Registration (CCR) database. Registration can be completed at http://www.ccr.gov. The following provisions and clauses will be in the contract and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.212-1 (Instructions to Offerors- Commercial Items), 52.212-2 (Evaluation Commercial Items), 52.212-3 (Offeror Representations and Certifications Commercial Items), 52.217-5 (Evaluation of Options) Clauses: 52.212-4 (Contract Terms and Conditions Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items), 52.217-8 (Option to Extend Services), 52.217-9 (Option to Extend the Term of the Contract), 52.219-28 (Post-Award Small Business Program Representation), 52.222-3 (Convict Labor), 52.222-19 (Child Labor Cooperation with Authorities and Remedies), 52.222-21 (Prohibition of Segregated Facilities), 52.222-26 (Equal Opportunity), 52.222-35 (Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.222-37 (Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans), 52.222-43 (Fair Labor Standards Act), 52.222-50 (Combating Trafficking in Persons), 52.232-18 (Availability of Funds), 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration) or 52.232-36 (Payment by Third Party), 52.237-2 (Protection of Government Buildings, Equipment and Vegetation), 52.252-2 (Clauses Incorporated by Reference), 252.201-7000 (Contracting Officers Representative), 252.212-7001 (Contract Terms and Conditions Required to Implement Statues or Executive Orders), 252.232-7003 (Electronic Submission of Payment Requests), 252.232-7007 (Limitation of Governments Obligation) Proposals must be submitted to Mary L. Hudson, Contract Specialist via e-mail: mary.l.hudson@us.army.mil or fax: 719-526-5333, by Thursday, September 25, 2008, at 9:00 a.m. Mountain Daylight Time. All questions regarding this solicitation must be submitted in writing.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f2be6c9c3cebe7f54b4279bb7d95523d&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO<br />
Zip Code: 80913-5198<br />
 
Record
SN01677676-W 20080924/080922215731-c4024407e86bc852166c7e5739c5c0a2 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.